BIL Funded-Electrical Equipment for Electrical Distribution System Refurbishment Project
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Original)
- Original Published Date: Jul 19, 2024 04:10 pm EDT
- Original Date Offers Due: Jul 26, 2024 05:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Sep 15, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6150 - MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT
- NAICS Code:
- 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Place of Performance: PR 00979USA
Description
The Federal Aviation Administration (FAA), AAQ-5A0 has a requirement a to procure BIL Funded Materials required to Replace an Electrical Distribution System located at the San Juan CERAP – FMP Yard, Carolina, PR 00979, as outlined the associated Statement of Work, in accordance with the Acquisition Management System (AMS) Policy 3.2.2.3, and the Bipartisan Infrastructure Law (BIL); and is therefore issuing the attached Request for Proposal (RFP) from eligible interested Offerors.
For reporting purposes, the North American Industry Classification System Size Standards (NAICS): 335999– All Other Miscellaneous Electrical Equipment and Component Manufacturing Contractors and the small business size standard is 600 Employees.
This requirement will be a total set-aside for Small Disadvantaged businesses and the Government intends to award a single firm fixed priced contract based upon this Request for Proposal (RFP) (See Sections L and M of the Solicitation document for further details), in accordance with AMS Policy 3.6.1.3.4 Set-Asides to Small Businesses Owned and Controlled by Socially and Economically Disadvantaged Individuals (8(a) Certified), Service-Disabled Veterans, Historically Underutilized Business Zones, Small Disadvantaged Business, Women Owned Small Business, and Economically Disadvantaged Women-Owned Small Businesses, which requires procurements with an anticipated dollar value exceeding $10,000, but not over $250,000 to be automatically reserved, set- aside and awarded to businesses within the aforementioned socioeconomic categories.
NOTICE OF EXEMPTION: The FAA has been exempted from several Federal laws and regulations as part of the 1996 DOT Appropriations Act. Some of the exemptions include the Federal Acquisition Streamlining Act of 1994, the Small Business Act, the Competition in Contracting Act, and the Federal Acquisition Regulations (FAR). The FAA’s Acquisition Management System (AMS), which became effective on April 1, 1996, is utilized in place of the FAR.
Potential Offerors should note that the FAA reserves the right to communicate with one or more Offerors at any time during the procurement process.
Notice: To be considered for award of this project, the contractor MUST have a current registration in the Central Contractor Registry database (website: www.sam.gov) and not be suspended or disbarred from Government contract award.
When responding to this Request for Proposal (RFP), each Offeror is required to submit all required documents outlined in the RFP (under the Required Submissions Section L).
Proposal due date: 26 July 2024- NLT 5:00 PM Eastern Daylight Time
Submissions MUST be submitted via electronic email copy ONLY to regina.singleton@faa.gov.
Any responses received after this time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals.
Please refer all questions in “writing” only to regina.singleton@faa.gov.
The Offerors may begin submitting questions and comments immediately after release of the SIR up to 24 July 2024, 5:00pm Eastern Daylight Time. Responses to questions will not necessarily change the date proposals are to be received. Offerors must submit all questions and comments via E-Mail to regina.singleton@faa.gov, questions submitted via phone call will not be answered. The FAA will respond publicly in writing on the SAM.gov website to all potential Offerors. Questions and answers that clarify SIR details will be provided to all Offerors; however, the source of questions will not be identified.
This RFP is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of requested proposal documentation.
For informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169.
Attachments/Links
Contact Information
Contracting Office Address
- AAQ-500, FAA SW REGIONAL OFFICE 10101 HILLWOOD PKWY
- FORT WORTH , TX 76177
- USA
Primary Point of Contact
- Regina Singleton
- regina.singleton@faa.gov
- Phone Number 4043055790
Secondary Point of Contact
- Sergio Alsina
- Sergio.Alsina@faa.gov
- Phone Number 939-216-8006
History
- Sep 15, 2024 11:55 pm EDTSolicitation (Original)
- Sep 15, 2024 11:55 pm EDTSources Sought (Original)